Opportunity

Framework For Stair Lifts, Access Lifts, Track Hoist Systems and Slings - Incl Supply,Delivery, Installation, Removal, Repair, Servicing and Thorough Examination

  • Glasgow City Council
  • Angus Council
  • West Dunbartonshire Council
  • East Dunbartonshire Council
  • South Lanarkshire Council
Show 10 more buyers Show fewer buyers
  • Renfrewshire Council
  • East Renfrewshire Council
  • Stirling Council
  • Clackmannanshire Council
  • Dumfries and Galloway Council
  • NHS Greater Glasgow and Clyde
  • North Ayrshire Council
  • Falkirk Council
  • Scottish Borders Council
  • Dumfries & Galloway Housing Partnership Ltd.

F02: Contract notice

Notice reference: 2021/S 000-003829

Published 25 February 2021, 4:08pm



The closing date and time has been changed to:

16 April 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Contact

James Cook

Email

james.cook@glasgow.gov.uk

Telephone

+44 1412876429

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

one.1) Name and addresses

Angus Council

Angus House, Orchardbank Business Park

Forfar

DD8 1AN

Email

wallacesa@angus.gov.uk

Telephone

+44 3452777778

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.angus.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236

one.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Email

Corporate.Procurement@west-dunbarton.gov.uk

Telephone

+44 1389737000

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

https://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

one.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

Email

procurement@eastdunbarton.gov.uk

Telephone

+44 1415745750

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.eastdunbarton.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225

one.1) Name and addresses

South Lanarkshire Council

Council Headquarters, Almada Street

Hamilton

ML3 0AA

Email

procurement_service@southlanarkshire.gov.uk

Telephone

+44 1698454184

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM95 - South Lanarkshire

Internet address(es)

Main address

http://www.southlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Email

cpu@renfrewshire.gov.uk

Telephone

+44 3003000300

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Email

ercprocurement@eastrenfrewshire.gov.uk

Telephone

+44 1415773669

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.eastrenfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

one.1) Name and addresses

Stirling Council

Strategic Commissioning, Old Viewforth

Stirling

FK8 2ET

Email

procurement@stirling.gov.uk

Telephone

+44 1786233384

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.stirling.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146

one.1) Name and addresses

Clackmannanshire Council

Kilncraigs, Greenside Street

Alloa

FK10 1EB

Email

Procurement@clacks.gov.uk

Telephone

+44 1259450000

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.clacks.gov.uk/business/corporateprocurementprocess/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00260

one.1) Name and addresses

Dumfries and Galloway Council

Procurement Team, Carruthers House

Dumfries

DG1 2HP

Email

Procurement.Tenders@dumgal.gov.uk

Telephone

+44 3033333000

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

http://www.dumgal.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Email

support@ggcprocurementcustomerservices.zendesk.com

Telephone

+44 1412114646

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.nhsggc.org.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

one.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Email

procurement@North-Ayrshire.gov.uk

Telephone

+44 1294310000

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

one.1) Name and addresses

Falkirk Council

Municipal Buildings, West Bridge Street

Falkirk

FK1 5RS

Email

pcu@falkirk.gov.uk

Telephone

+44 1324506566

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

one.1) Name and addresses

Scottish Borders Council

Council Headquarters

Newtown St Boswells

TD6 0SA

Email

procurement@scotborders.gov.uk

Telephone

+44 1835824000

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

http://www.scotborders.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394

one.1) Name and addresses

Dumfries & Galloway Housing Partnership Ltd.

Grierson House, The Crichton, Bankend Road

Dumfries

DG1 4ZS

Email

craig.bouse@dghp.org.uk

Telephone

+44 1387242500

Fax

+44 1387242509

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

www.dghp.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11362

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://wwwpublictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://wwwpublictendersscotland.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

http://wwwpublictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework For Stair Lifts, Access Lifts, Track Hoist Systems and Slings - Incl Supply,Delivery, Installation, Removal, Repair, Servicing and Thorough Examination

Reference number

GCC004822CPU - PCS-T Project _17997

two.1.2) Main CPV code

  • 51511100 - Installation services of lifting equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow City Council invites tender bids for the framework for the provision of supply, installation, removal, repair, servicing and thorough examination of stair lift, access lifts, track hoist systems and slings.

The contract is expected to run for a period of 3 years commencing on the 21st June 2021 and ending on 20th June 2024. The council will have an option to extend for a further contract period of up to 15 months which will be exercised by the council serving notice on the bidder in accordance with the terms and conditions.

two.1.5) Estimated total value

Value excluding VAT: £22,737,500

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

two.2) Description

two.2.1) Title

Supply, Delivery Installation, Removal, Storage, Recondition, Repair and Servicing of Track Hoist System (Ceiling Track Hoists, Gantry Frame Hoists and Portable Track Hoists) and Slings

Lot No

3

two.2.2) Additional CPV code(s)

  • 42416300 - Hoists
  • 33192600 - Lifting equipment for health care sector
  • 51511100 - Installation services of lifting equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

two.2.4) Description of the procurement

The council invites Tender bids for the supply, delivery, installation, removal, recondition, repair and servicing of track hoist systems including

ceiling track hoists, gantry frame hoists and portable track hoists as well as slings to dwellings within the local authority geographical area.

This is a managed service being provided by the council and the successfull bidder(s) will require to provide the

service to the Equipu Partnership and other local authorities.

Equipu Partnership: - South Lanarkshire Council, East Dunbartonshire Council, Renfrewshire Council, East Renfrewshire Council , West

Dunbartonshire Council, Glasgow City Council and NHS Greater Glasgow and Clyde.

Other Local Authorities: - Falkirk Council and North Ayrshire Council.

The successful bidder will be required to provide a full supply, delivery, installation and removal service, for track hoist systems including

ceiling track hoists, gantry frame hoists and portable track hoists and slings. This will also include the storage and reconditioning of removed equipment to the agreed standard for future installation as required. Provide servicing and a repair service which shall include an Out of Hours Service for track hoist systems including ceiling track hoists, gantry frame hoists and portable track hoists located within dwellings within the local authority geographical areas.

two.2.5) Award criteria

Quality criterion - Name: Contract Delivery / Weighting: 15%

Quality criterion - Name: Business Continuity / Weighting: 4%

Quality criterion - Name: Equipment Recycling / Weighting: 6%

Quality criterion - Name: Repair and Warranties / Weighting: 5%

Quality criterion - Name: Innovation / Weighting: 2%

Quality criterion - Name: Training / Weighting: 8%

Quality criterion - Name: Environmental / Weighting: 3%

Quality criterion - Name: Fair Work Practices / Weighting: 5%

Price - Weighting: 52%

two.2.6) Estimated value

Value excluding VAT: £1,912,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

51

This contract is subject to renewal

Yes

Description of renewals

This Framework will run for 3 years the council will have the option to extend for a period up to 15 months which will consist of a 12 month extension and up to 3 month demobilisation/mobilisation period, exercised by the council servicing notice on the supplier in accordance with the council’s Terms and Conditions.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from the competition if they are in any of the situations referred to in regulation 58 of the Public

Contract (Scotland) Regulations 2015

two.2) Description

two.2.1) Title

Supply, Delivery, Installation, Removal, Storage, Recondition, Repair and Servicing of Stair Lift and Access Equipment (Through Floor, External Steps, Incline and Vertical Platform Lifts)

Lot No

1

two.2.2) Additional CPV code(s)

  • 44115600 - Stairlifts
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow,UK

two.2.4) Description of the procurement

The council invites Tender bids for the supply, delivery, installation, removal, recondition, repair and service repair of stair lifts, access lifts including

through floor, external step lifts, vertical and incline platforms, to dwellings located within the local authorities or housing association

geographical area.

This is a managed service being provided by the council and the successfull bidder(s) will require to provide the

service to the Equipu Partnership, other local authorities and housing associations.

Equipu Partnership:- South Lanarkshire Council,East Dunbartonshire Council,Renfrewshire,East Renfrewshire Council,West

Dunbartonshire Council, Glasgow City Council and NHS Greater Glasgow and Clyde.

Other Local Authorities and Housing Associations: - North Ayrshire Council,Angus Council, Dundee Council,Stirling Council,Falkirk

Council,Clackmannanshire Council,Scottish Borders Council, Dumfries and Galloway Council and Dumfries and Galloway Housing Partnership.

The successful bidder will be required to provide a full supply, delivery, installation and removal service, this will also include the storage

and reconditioning of removed equipment to the agreed standard for future installation as required. Provide a servicing and repair service which shall

include an Out of Hours Service for all stair lift equipment, access lifts including through floor, external step lifts, vertical and incline

platform, to dwellings located within the named local authorities or housing association geographical area.

two.2.5) Award criteria

Quality criterion - Name: Contract Delivery / Weighting: 15%

Quality criterion - Name: Business Continuity / Weighting: 4%

Quality criterion - Name: Equipment Recycling / Weighting: 6%

Quality criterion - Name: Repair and Warranties / Weighting: 5%

Quality criterion - Name: Innovation / Weighting: 2%

Quality criterion - Name: Training / Weighting: 8%

Quality criterion - Name: Environmental / Weighting: 3%

Quality criterion - Name: Fair Work Practices / Weighting: 5%

Price - Weighting: 52%

two.2.6) Estimated value

Value excluding VAT: £17,850,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

51

This contract is subject to renewal

Yes

Description of renewals

This Framework will run for 3 years the council will have the option to extend for a period up to 15 months which will consist of a 12 month extension and up to 3 month demobilisation/mobilisation period exercised by the

council serving notice on the successful bidder in accordance with the councils terms and conditions.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from the competition if they are in any of the situations referred to in regulation 58 of the Public

Contract (Scotland)Regulations 2015

two.2) Description

two.2.1) Title

Thorough Examination under LOLER Regulations 1998 for Stair Lift and Access Equipment (Through Floor, External Step, Incline and Vertical Platform Lifts)

Lot No

2

two.2.2) Additional CPV code(s)

  • 44115600 - Stairlifts
  • 50000000 - Repair and maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

two.2.4) Description of the procurement

The council invites tender bids for the delivery of a Thorough Examination under LOLER regulation

for stair lifts and access equipment, which shall include through floor, external steps, incline and vertical platform lifts within dwellings

and public areas located within the local authority or housing association geographical area.

This is a managed service being provided by the council and the successfull bidder will require to provide the

service to the Equipu Partnership, other local authorities and housing associations.

Equipu Partnership: - South Lanarkshire Council, East Dunbartonshire Council, Renfrewshire Council, East Renfrewshire Council, West

Dunbartonshire Council, Glasgow City Council and NHS Greater Glasgow and Clyde.

Other Local Authorities and Housing Associations: - North Ayrshire Council, Angus Council, Dundee Council Stirling Council, Falkirk Council,Clackmannanshire Council, Scottish Borders Council, Dumfries and Galloway Council and Dumfries and Galloway Housing Partnership.

The successful bidder will be required to deliver a Thorough Examination programme on a 6 monthly

basis for all equipment that is out with warranty.

The council will provide one month in advance a Thorough Examination schedule which will include details of the address and the Expiry date for the previous Thorough Examination.

The supplier is required to ensure that the Thorough Examination will comply with Lifting Equipment and Lifting Operations Regulations (LOLER) and Provision and Use

of Work Equipment Regulations (PUWER)and all associated

electrical, mechanical equipment and health & safety legislation.

two.2.5) Award criteria

Quality criterion - Name: Contact Delivery / Weighting: 13%

Quality criterion - Name: Business Continuity / Weighting: 3%

Quality criterion - Name: Innovation / Weighting: 2%

Quality criterion - Name: Training / Weighting: 4%

Quality criterion - Name: Environmental / Weighting: 3%

Quality criterion - Name: Fair Work Practices / Weighting: 5%

Price - Weighting: 70%

two.2.6) Estimated value

Value excluding VAT: £2,550,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

51

This contract is subject to renewal

Yes

Description of renewals

This Framework will run for 3 years the council will have the option to extend for a period up to 15 months a 12 month extension which will consist of a 12 month extension and up to 3 month demobilisation/mobilisation period exercised by the

council serving notice on the bidder in accordance with the councils terms and conditions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situation referred to in regulation 58 of the Public

Contract (Scotland) Regulations 2015

two.2) Description

two.2.1) Title

Thorough Examination under LOLER Regulations 1998 for Track Hoist Systems (Ceiling Track Hoist, Gantry Frame Hoists and Portable Track Hoists) and Slings.

Lot No

4

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50800000 - Miscellaneous repair and maintenance services
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow, UK

two.2.4) Description of the procurement

The council invites tender bids for the delivery of Thorough Examination program under LOLER regulation

for track hoist systems, which shall include ceiling track hoists, gantry frame hoists and portable track hoists and slings located within dwellings

within the local authority geographical areas.

This is a managed service being provided by the council with the successfull bidder(s) will require to provide the

service to the Equipu Partnership and local authorities.

Equipu Partnership: - South Lanarkshire Council, East Dunbartonshire Council, Renfrewshire Council, East Renfrewshire Council, West

Dunbartonshire Council, Glasgow City Council and NHS Greater Glasgow and Clyde.

Other Local Authorities: - Falkirk Council and North Ayrshire Council.

The successful bidder will be required to deliver a Thorough Examination programme on a 6 monthly for all equipment and slings.

The council will provide bidder one month in advance a Thorough Examination schedule which will include details of the address and he expiry date of the previous Thorough Examination for the equipment and slings.

The successful bidder is required to ensure that the Thorough Examination will comply with Lifting Equipment and Lifting Operations Regulations (LOLER) and Provision and Use of Work Equipment Regulations (PUWER), all

associated electrical, mechanical equipment and health & safety legislation.

two.2.5) Award criteria

Quality criterion - Name: Contract Delivery / Weighting: 13%

Quality criterion - Name: Business Continuity / Weighting: 3%

Quality criterion - Name: Innovation / Weighting: 2%

Quality criterion - Name: Training / Weighting: 4%

Quality criterion - Name: Environmental / Weighting: 3%

Quality criterion - Name: Fair Work Practices / Weighting: 5%

Price - Weighting: 70%

two.2.6) Estimated value

Value excluding VAT: £425,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

51

This contract is subject to renewal

Yes

Description of renewals

This Framework will run for 3 years the council will have the option to extend for a period up to 15 months which will consist of a 12 month extension and up to 3 month demobilisation/mobilisation period, exercised by the council servicing notice on the supplier in accordance with the council’s Terms and Conditions.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from the competition if they are in any of the situations referred to in regulation 58 of the Public

Contract (Scotland) Regulations 2015


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Bidders must confirm which authorisation or membership of the relevant

organisation(s) are required to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must comply with the undernoted financial requirements on order to participate in the tendering process:-

There is a minimum financial requirement that affects Minimum Turnover, Trading Performance Ratio and Balance Sheet Strength.

Minimum Turnover - Applicable to Lot 1 only

Bidders require to have a minimum turnover level of SEVENTEEN MILLION EIGHT HUNDRED AND FIFTY THOUSAND STERLING GBP

Trading Performance Ratio

An overall positive outcome on Pre-Tax Profit to Turnover over a 3 year period

Exceptional items, occurring in the normal course of business, can be excluded from the calculation.

The above would be expressed in the ratio Pre-Tax Profit/Turnover.

Balance Sheet Strength

Net worth of the organisation must be positive

Intangibles can be included for purposes of the Total Assets figure

The above would be expressed in the ratio Total Assets/Total Liabilities

Intangibles can be included for purposes of the Net Worth figure.

The above ratios and minimum turnover requirements should be calculated on last set of accounts filed at Companies House.

Bidders who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period during which they have been trading.

Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.

Where the bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements.

Minimum level(s) of standards possibly required

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequent awarded

framework the type and levels of insurance indicated below:

Employer’s (Compulsory) Liability: TEN MILLION POUNDS GBP in respect of any one event and unlimited I the period.

Public Liability: FIVE MILLION POUNDS STERLING GBP in respect of any one event and unlimited in the period.

Product Liability: FIVE MILLION POUNDS STERLING GBP in respect of any one event and in the aggregate.

Professional Indemnity Insurance: FIVE MILLION POUNDS STERLING GBP in respect of any one event and in the aggregate. this shall be maintained Throughout the period of

the service and a further 6 years on completion of the service.

The above insurance shall be with an insurance company registered with the Financial conducts Authority (FCA) in the UK.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the goods and service as

described in part II2.4 of the Contract Notice and further detailed within the Invitation to Tender document.

Minimum level(s) of standards possibly required

Please provide two examples that demonstrate your business and or relied upon sub-contractor (if applicable) experience in delivering similar

services. (Examples from both public and or private sector customers and clients may be provided).

Your example MUST be from the last three years and provide detailed information on the following areas included but not limited to:-

Detailed description of the services delivered which will be applicable to the specific lot.

Contract value, date and duration of service.

Responses should not exceed 4 x A4 sided of paper for each example and should be submitted in Ariel font 11. Where a submission

exceeds the maximum number of sides of A4 paper requested, no account will be taken of the content of the contents beyond the maximum.

The weighting will be 50% for each example, with 100% attributed to the two examples required for this contract.

Minimum Pass Mark - a minimum combination pass mark of 60% out of 100% is required in total for this section. Any bidder who fails to

achieve the minimum score for this question will be excluded at this stage.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

KPI's for the Framework for Stair Lifts, Access Lifts and Track Hoist Systems including Supply, Delivery, Installation, Removal,Repair, service and Thorough Examination will be listed under Section 4 of the scope of service within the ITT

document under 4.16 Key performance Indicators (KPI) which will be found within the buyers attachment area within PCS-T, but may be

amended dependant on the specific requirements of the Framework for each Category throughout the term of the agreement.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 24

In the case of framework agreements, provide justification for any duration exceeding 4 years:

To take into account any TUPE considerations in future contract an additional 3 months is being added to this framework duration.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

14 April 2021

Local time

12:00pm

Changed to:

Date

16 April 2021

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 12 August 2021

four.2.7) Conditions for opening of tenders

Date

14 April 2021

Local time

12:00pm

Place

Glasgow,UK


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This Framework is expected to run for 3 years. the council will have an option to extend the framework for up to an additional 15 months which will consist of a 12 month extension and up to 3 month demobilisation/mobilisation period, exercised by the council servicing notice on the supplier in accordance with the council’s Terms and Conditions.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

SPD Questions 4D.1, 4D.1.1, 4D.1.2 4D2, 4D.2.1 and 4D.2.2; Bidders must hold the certificates for Quality Assurance, Health and

Safety, Environmental Management Standards or comply with all the questions noted in SPD Section 4D.

Please refer to SPD Council Statements Appendix 12, uploaded into the buyer’s attachment area on PCS-T.

Health & Safety – Please complete Health & Safety Questionnaire for Lot 1-4. Bidders must complete the appropriate Lot Questionnaire as

part of their submission response. The Questionnaire will be evaluated pass or fail.

Freedom of Information Act – Information on the FOI Act is contained in Appendix A of the ITT. Bidders note the implications of the

legislations and ensure any information they wish the council to consider withholding is specifically indicated on the certificate contained

within the Technical response envelope within the PCS-T portal (The council does not bind itself to withholding this information).

Tenders Amendments Certificate – Bidders must enter any clause, condition, amendment to specification or any other qualification they

may wish to make conditional to this offer in the tenders amendment certificate contained within the Technical response envelope within

the PCS-T portal.

Prompt Payment Certificate – The successful bidder shall as a condition of being awarded to the framework will be required to demonstrate

to the council’s satisfaction that all funds due to the tenderers permitted sub-contractors in respect of these works are paid timeously and

that as a minimum invoices rendered by sub-contractors shall (unless formally disputed by the bidder) be paid within 30 days of receipt.

The successful bidder shall impose this condition on it sub-contractors in respect of payments due to any sub-contractors, if any.

Bidders are required to complete the Non Collusion Certificate contained in Technical response area in PCS-T portal.

All suppliers will be required to sign an Insurance Mandate in Technical response envelope within PCS-T portal. If it is not signed and

returned the Council reserve the right to request copies of Certificates from bidders at any point during the contract period.

Terms and conditions are located within the buyer’s attachment area with PCS-T portal.

Additional information pertaining to this contract notice is contained in the ITT and SPD Council Statements document - Appendix 03

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17997. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Bidders are required to review the Community Benefit Menu (provided within the Buyer’s attachment area within PCS-T) and indicate the

type and volume of Community Benefit outcomes which will be delivered should the cumulative contract spend for this framework.

Suppliers must complete all threshold tabs within the community benefit menu offering the corresponding point allocation for each threshold.

Suppliers will only be required to carry out the community benefits offered if spend reaches the relevant threshold.

(SC Ref:643993)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sherriff Court and Justice of the Peace Court

Po Box 23 1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Glasgow City Council("the council") must, by the notice in writing as soon as possible after the decision has been made, inform all

tenderers and candidates concerned of its decision to award the contract, conclude the framework or establish a dynamic purchasing

system. The council must allow a period of at least the relevant standstill period(where the notice is sent by facsimile or electronic means

the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sending by other means

the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the public contract (Scotland)

Regulation 2015("the Regulations"). The council is obliged to comply with the regulations and any eligible economic operator can bring an

action in the Sherriff Court or the Court of Session where as a consequence of a breach by the council, suffers or risks suffering loss or

damage. The bringing of court proceedings during standstill period means the council must not enter into a contract, conclude the

framework or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court by

the interim order brings to an end trhe prohibition. The bringing of court proceedings after the standstill period has elapsed and the

remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the council seeking further

clarification on the notice, to which the council must respond within 15 days. Economic operators should be mindful to seek their own

independant legal advise when they consider appropriate to do so.